Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 27, 2021 SAM #7270
SOURCES SOUGHT

R -- SSC/ECZK DAG Follow-On

Notice Date
10/25/2021 1:49:12 PM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
FA8819 SPECIAL PROGRAMS DIR SMC SP EL SEGUNDO CA 90245-2808 USA
 
ZIP Code
90245-2808
 
Solicitation Number
SP-2022-002
 
Response Due
11/9/2021 2:00:00 PM
 
Archive Date
11/24/2021
 
Point of Contact
Melanie Finch, Phone: 3106539220, Roosevelt Beckett, Phone: 3104161551
 
E-Mail Address
melanie.finch@spaceforce.mil, roosevelt.beckett@spaceforce.mil
(melanie.finch@spaceforce.mil, roosevelt.beckett@spaceforce.mil)
 
Description
1.0�Description 1.1 The Space Systems Command Special Programs (SSC/ECZ) is seeking information on how an interested contractor could provide professional services in all core disciplines identified in the One Acquisition Solution for Integrated Services Small Business, Indefinite Delivery indefinite Quantity contract Section C.2.2., Program Architecture. 1.2 The government seeks to pursue a sole source extension, 12 month extension to the incumbent in order to meet mission requirements in accordance with FAR 6.302-1. This extension provides continuity of operations to support government efforts while preparing and planning for the follow-on effort. This RFI seeks to determine if there is industry interest in bidding for the 12�month period of performance. The sole source effort update will extend the period of performance and cover contract performance pending the issuance of a five year follow on contract. The follow on contract will be a full and open competition to award a five year contract effort for these requirements in fiscal year 2023. 1.3 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, Space Force is not at this time seeking proposals. Space Force will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the SAM.gov website It is the responsibility of the potential offeror�s to monitor these sites for additional information pertaining to this requirement. 2.0�Background Special Programs develops and supports operational systems located worldwide to meet current and emerging national objectives. The portfolio covers a wide range of programs with special access requirements. Special Programs acquires systems with capabilities to exploit space and provide Combatant Commanders the capabilities they need to guarantee space superiority for our nation. Additionally, SMC/ECZ is responsible for effective administration, management, and execution of resources for all Programs within its portfolio. ???????2.1�Services: The Performance Work Statement (PWS) outlines the service requirements for the task order. ???????2.2�Security Requirements: Access to classified national security information will be required for this task order. All personnel shall possess a Top Secret security clearance with a current Single Scope Background Investigation. All positions supporting this task order shall be eligible for Sensitive Compartmented Information (SCI) and Special Access Program (SAP) access at the contract start date and for the entire period of performance. The Government will provide the system security classification and guidance as required. Work involving access to or production of classified information will be performed at the direction of the Government. 3.0��� Requested Information: Questions for industry is listed in attachment A ???????4.0�Responses 4.1 Interested parties are requested to respond to this RFI with a white paper. 4.2 White papers in Microsoft Word for Office 2000 compatible format are due no later than 9 November 2021, 5:00 PM PST. Responses shall be limited to 5 pages for Section 2 and submitted via e-mail only to melanie.finch@spaceforce.mil Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. 4.3 Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum: 4.3.1 Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. 4.3.2 Recommended contracting strategy. 4.3.3 Either 1) copies of executed non-disclosure agreements (NDAs) with the contractors supporting in technical evaluations or 2) a statement that the respondee will not allow the Government to release its proprietary data to the Government support contractors. In the absence of either of the foregoing, the Government will assume that the respondee does NOT agree to the release of its submission to Government support contractors. 4.3.4 Business type (large business, small business, small disadvantaged business, 8(a)- certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541512, Computer Systems Design Services. �Small business concern� means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, averaging no more than $16.5 million dollars in annual receipts. Annual receipts of a concern that has been in business for 3 or more complete fiscal years means the annual average gross revenue of the concern taken for the last 3 fiscal years. Annual receipts of a concern that has been in business for less than 3 complete fiscal years means its total receipts �for the period it has been in business, divided by the number of weeks including fractions of a week that it has been in business, and multiplied by 52. Respondees are cautioned, however, that this is a general description only. Additional standards and conditions apply. Please refer to Federal Acquisition Regulation (FAR) Part 19 for additional detailed information on Small Business Size Standards. The FAR is available at http://www.acquisition.gov. 4.3.5 The facility security clearance of the offeror. 4.4 Section 2 of the white paper shall answer the issues addressed in Section 3 & Attachment A of this RFI and shall be limited to five (5) pages. The number of pages in Section 1 of the white paper shall not be included in the 5 page��limitation, i.e., the 5 page limitation applies only to Section 2 of the white paper. 5.0 Industry Discussions Government representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 6.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, email address. Verbal questions will NOT be accepted. The Government does not guarantee that questions received after 9 November 2021 will be answered. 7.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide effective planning, acquisition, management and administration of worldwide Space Systems Command programs in support of global military operations. The information provided in the RFI is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/105608cf2beb4300b5357ddab4d4dce3/view)
 
Place of Performance
Address: El Segundo, CA 90245, USA
Zip Code: 90245
Country: USA
 
Record
SN06164101-F 20211027/211025230115 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.